SOURCES SOUGHT
R -- G-8 Financial Management Support Services
- Notice Date
- 8/22/2012
- Notice Type
- Sources Sought
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-12-R-0188
- Response Due
- 8/31/2012
- Archive Date
- 10/30/2012
- Point of Contact
- Michelle Talbot, 309-782-7363
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(michelle.talbot@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army, in the performance of its primary missions, requires that its commanders make resource informed decisions. The importance of such decisions in an increasingly constrained fiscal environment is obvious as such decisions are keys to the success of US Government's policies and objectives, as well as, ARCENT's contingency operations throughout South-west Asia (SWA). To achieve these objectives, the ARCENT G-8, in concert with the DASA-CE, has identified the near-term need to augment its capability to support resource informed decisions by deploying a team of experienced cost analysts and Lean Six Sigma Black Belts with a long-term objective of inculcating and maturing a culture of cost consciousness at all Army command levels. This contractor team must be experienced with cost factor analysis, budget and requirements validation, identification of efficiencies, and business process re-engineering. ARCENT requires a competent team that can deliver significant cost savings and improve its processes using Lean Six Sigma (LSS) and other advanced analytic methodologies, such as, data mining, break-even analysis, cost modeling, etc. This team will ensure that ARCENT identifies, plans, and executes projects to achieve significant quantifiable benefits throughout the theater of operations. The scope under this effort is for the contractor to provide technical support services in the concentrated areas of cost and economic analysis of major ARCENT initiatives, theater services, operating and support costs, and related Lean Six Sigma initiatives associated consistent with the acquisition/financial management policies and procedures of the Department of Defense (DoD). This effort will support the ARCENT mission to meet unmet operational needs and ultimately enhance support of on-going operations. Performed services will be in conformance with current DoD and Army regulations/pamphlets and letters of instruction (LOI) regarding cost analysis. The period of performance would be for one (1) Base Period of 12 months and two (2) 12-month option periods. The contractor is responsible for conducting support services between the hours of 0800 to 1730 Monday thru Friday except federal holidays. Contractor personnel are authorized to work 5 days/week @ 9 hours/day (45 hours/week). The Contractor must at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within the performance work statement. The Government may require additional hours to meet the requirements of planned surges and unforeseeable operational contingencies or to support the OPTEMPO of certain forward locations. The work will be performed on-site at OCONUS government locations both in the Southwest Asia (SWA) war zone and low threat areas, as well as, in CONUS at Government and Contractor facilities. On-site OCONUS tasks will require additional employee insurance to be funded by this contract. Employees will be covered by the Defense Base Act (42 USCA Sections 1651-1654). Contractor personnel performing work under this contract must have a SECRET level clearance at the time of proposal submission, and must maintain this level of security for the life of the contract. The security requirements are in accordance with the attached DD254. Personnel: Lean Six Sigma Master Black Belt8 Project Manager (In-Theater)1 Principal Analyst (CONUS)1 Senior Analyst10 Senior Cost Analyst10 Cost Analyst5 Contractor shall compose a team of cost analysts and LSS BBs in accordance with the requirements in this PWS. All contractor employees must complete pre-deployment training, medical, dental, and immunizations, requirements prior to deployment. All team members are required to be familiar with and capable of using the Microsoft Office suite of projects, in particular, Excel, Word, and Power Point. For those positions where Contractor analysts require access to third party contractor proprietary data, contractor shall execute the Source Selection Participation Agreement for Personnel Involved in Acquisition/Source Selection Concerning Conflicts of Interest, Non-Disclosure and Standards of Conduct. Contractor shall provide a team of cost analysts with technical expertise which includes members knowledgeable and familiar with the Army's General Fund Enterprise Business System (GFEBS) and Standard Financial System (STANFINS), DoD's Planning Programming Budgeting Execution System (PPBE), Defense Logistics Agency and service logistics information systems, theater contingency operations and support requirements, cost and resource modeling, contract requirements evaluation, contract and financial resource tracking systems, data mining and analysis, etc. Contractor shall provide cost analyst(s) to support the ARB/JARB/JFUB and CARB process. The cost analysts shall review, evaluate, and revise requests for resources and the appropriateness of associated cost estimates. The cost analysts shall have extensive familiarity with the FAR and similar contractual guidance. The cost analysts shall track and report cost avoidances and savings IAW the CARB cell OIC and ARCENT G-8. Contractor shall provide cost analyst(s) able to identify and determine Foreign Excess Personal Property (FEPP) as required to support theater operations and planning. FEPP avoidances, including number of items, Fair Market Value, and associated transportation costs shall be reported and tracked. Contractor shall provide cost analyst(s) experienced with the identification of property classified as Found on Installation (FOI) and knowledgeable of the Integrated Logistics Analysis Program (ILAP) database and Theater Provided Equipment (TPE) Planner. Contractor shall provide cost analyst(s) knowledgeable of intra-theater redistribution of equipment and stocks, including the Theater Ammunition Recycling Facility (TARF), and Opportune Air. Contractor shall provide cost analyst(s) able to determine, evaluate, and cost Base Life Support and LOGCAP resource requirements. Contractor shall provide cost analyst(s) with an in-depth knowledge of Stock Fund processes and reconciliation. Contractor shall provide cost analyst(s) familiar with DFAS Joint Accounting Reviews of obligations and de-obligations and able to identify same for current and prior years. Contractor shall provide cost analyst(s) knowledgeable of cost models and associated databases such as the DASA-CE Forces (CONOPS) model, Army Manpower Cost System (AMCOS), OSMIS, and the Training Resource Model (TRM). Cost analyst shall be able to adapt cost models to meet the particular requirements of ARCENT. Contractor shall provide support to ARCENT G-8, to include at times, coordination with other Army entities to implement and sustain the improvements identified. Contractor shall collect and analyze Army budget execution data to identify the costs the Army is incurring to conduct and sustain deployment operations and shall develop methodologies to estimate the cost of war to the Army including the costs to rebalance the Army as mission requirements change. Contractor shall collect and analyze available workload data and other data that drives the costs the Army incurs including special studies to assess the impact of various mixes of resources (e.g. military vs. civilian contractors, theatre provided vs. CONUS-shipped equipment, LOGCAP, etc) Contractor shall develop a methodology to establish common and theatre support levels and to refine ARCENT support requirements. Contractor shall provide on request update to leaderships on emerging opportunities for cost savings and improvements to resource monitoring and surveillance procedures. Contractor shall collect and analyze available logistics and equipment databases, and continuously improve these databases by adding new capabilities as directed by leaderships. Contractor shall develop and maintain a database which captures, tracks, and facilitates the reporting and analysis of the various types of cost avoidances, cost savings, and cost benefits identified above. Additionally, contractor shall assist in developing an analytical foundation to inform the best deployment of cost analysts in the theater. Lean Six Sigma Team Objectives/ Work Tasks Contractor shall provide LSS support and training through on-site classes and daily monitoring of projects to include validating Lean Six Sigma questions and assist LSS Project Managers in completing ongoing initiatives, obtaining information from SWA Theater of Operations and US CONUS location. Contractor shall provide a cost analyst knowledgeable of LSS methodologies and processes to assist in defining and identifying the Return On Investment (ROI) for LSS projects.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2c491be234edec245e49251f2eb84995)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02850588-W 20120824/120823000946-2c491be234edec245e49251f2eb84995 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |